Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:1204N720Q0042
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional inform...
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number is 1204N720Q0042 and is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13.5. The NAICS code is 336999. The small business size standard is 1000 employees. This acquisition is a total small business set-aside. This solicitation is for a firm fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-05. The following clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items; the evaluation criteria stated in paragraph (a) of this provision are as follows: (1) Technical Capability to meet requirements stated herein, and (2) Price. The contract award will be offered to the best value offer made to the Government, considering technical capability and price; 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. In paragraph (B) of 52.212-5, the following apply: 52.219-27, 52.222-3, 52.222-20, 52.222-21, 52.222-26, 52.222-54, 52.225-1, and 52.232-33. All clauses and provisions referenced in this announcement may be accessed at the following website: https://www.acquisition.gov/browse/index/far Item 1 Description: Supply and deliver unit # 9189, 3 person UTV, Brand Name or Equal, Can-Am Defender Cab XT per the attached specifications. QUANTNITY: 1 Each NOTE: UTV will carry fuel and related fire equipment. UTV’s with labels warning against carrying fuel will not be accepted. Sub-Item 1.1 Description: Removable track system to fit UTV. QUANTNITY: 1 Set NOTE: Installation is not required. Sub-Item 1.2 Description: Trade-in of 2013 Polaris UTV, VIN 4XAUH9EA9DB159830. Pictures and mileage are on attached specification sheet. The vehicle is currently in service and in running condition. Trade-in shall occur upon delivery of new UTV. QUANTNITY: 1 Each TECHNICAL CONTACT: Kevin Fecteau, phone 541-618-2186, email kevin.fecteau@usda.gov Required Delivery Schedule: The Government requires delivery on or before July, 31, 2020. Delivery Location: Rogue River-Siskiyou NF, Attn: Kevin Fecteau, 3040 Biddle Road, Medford, OR 97504 Delivery shall be made on regular working days, Monday through Friday, between 8:00 a.m. and 4:00 p.m. Contractor shall notify the Delivery POC 48 hours in advance of delivery at 541-618-2186. Quotes and descriptive literature establishing verification of technical capability to meet specifications are due to the Contracting Officer, Rogue River-Siskiyou National Forest, 3040 Biddle Road, Medford, Oregon 97504, June 25, 2020 by 5:00 p.m., local time. Send quotes by email to: chad.schmele@usda.gov NOTE: prospective awardee shall be registered in the System for Award Management (SAM) data base prior to award. Information on registration may be obtained via the internet at: http://www.sam.gov or by calling 1-888-227-2423. Registration is free. Quoters are required to include DUNS number with quote. This is not a public opening. All offers submitted are considered confidential. The name of the contractor and the amount of the contract will be disclosed only after an award has been made.